Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2024 SAM #8377
SPECIAL NOTICE

99 -- Zambia - Feasibility Study, Detailed Engineering Design and Environmental and Social Impact Assessment for the Improvement of Prioritized Roads

Notice Date
11/1/2024 11:14:33 AM
 
Notice Type
Special Notice
 
NAICS
5416 —
 
Contracting Office
MILLENNIUM CHALLENGE CORPORATION Washington DC 20005 USA
 
ZIP Code
20005
 
Response Due
12/18/2024 6:00:00 AM
 
Archive Date
01/02/2025
 
Point of Contact
mwila.kapita@mpcaz.co.zm
 
E-Mail Address
mwila.kapita@mpcaz.co.zm
(mwila.kapita@mpcaz.co.zm)
 
Description
Specific Procurement Notice Lusaka, Zambia 25 October 2024 Re: Feasibility Study, Detailed Engineering Design and Environmental and Social Impact Assessment for the Improvement of Prioritized Roads Ref: MPCAZ-24-4006 The United States of America, acting through the Millennium Challenge Corporation (�MCC�) and the Government of the Republic of Zambia (GRZ) (the �Government�) entered into the Zambia Farm-to-Market Compact on 17th October 2024 to facilitate poverty reduction through economic growth in Zambia (the �Compact�) in the amount of Four Hundred and Fifty-Eight Million United States Dollars (US$ 458 million) (�MCC Funding�). The Compact also includes an additional US$ 33.75 million from the Government (the �Country Contribution�), bringing the total Compact proposed investment to US$ 491.75 million. The Compact program consists of four Projects: (1) the Roads and Access Project; (2) the Asset Finance Project; (3) the Agriculture Policy Reform and Institutional Strengthening Project; and (4) the American Catalyst Facility for Development (ACFD) Project. MCC�s funding is appropriated by the U.S. Congress and obligated to the Compact up-front, with no incremental or partial funding. Therefore, when a contract is signed with an Accountable Entity, funds are already available to the Accountable Entity and, for most contracts, invoices are paid directly to Offerors by the US Treasury. In issuing this Request for Offers (RFO), the Government has designated the Millennium Project Completion Agency Zambia Limited (MPCA-Z) to manage the implementation of the Activities, including entering and managing the Government Service Provider Contracts. MCC hereby acknowledges and consents to the designation of MPCA-Z. The Government hereby confirms to MCC that MPCA-Z has the authority to enter into obligations and act on behalf of the Government with regard to all activities hereunder. The MPCA-Z will continue until such time as the Government establishes the Millennium Challenge Account Zambia II (�MCA-Zambia II�) to serve as the accountable entity for implementing the Compact. Prior to the establishment of MCA-Zambia II, any references to actions taken or rights received by MPCA-Z in this RFO, including in the Form of Contract, shall be taken or received by the MPCA-Z on behalf of the Government, and any references herein to MCA-Zambia II shall be deemed to mean the MPCA-Z during this period. This RFO follows the General Procurement Notice that appeared in dgMarket and UNDB Online on March 5, 2024. The MPCA-Z now invites Offers from legally constituted consulting engineering firms to provide Feasibility Study, Detailed Engineering Design and Environmental and Social Impact Assessment for the Improvement of Prioritized Roads (�Offers�). More details on these services are provided in the Terms of Reference in Section V of this RFO. This RFO is open to all eligible entities (�Offerors�) who wish to respond. Subject to restrictions noted in the RFO, Offerors may associate with other Offerors to enhance their capacity to successfully carry out the assignment. An Offeror will be selected under the Quality and Cost-Based Selection (�QCBS�) method, an evaluation procedure that is described in Section III of the RFO in accordance with the �MCC Accountable Entity Procurement Policy and Guidelines� provided on the MCC website www.mcc.gov/ppg. The selection process, as described, will include a review and verification of qualifications and past performance, including a reference check, prior to the contract award. The RFO includes the following Sections: PART 1 � OFFER AND SELECTION PROCEDURES Section I Instructions to Offerors (�ITO�) This section provides information to help Offerors prepare their Offers; it also provides information on the submission, opening, and evaluation of Offers and on the award of the proposed contract. Section II Offer Data Sheet (�DS�) This section includes provisions that are specific to this procurement and that supplement Section I, Instructions to Offerors. Section III Qualification and Evaluation Criteria This section specifies the qualifications required of the Offeror and the criteria to be used to evaluate their Offer. Section IV A Technical Offer Forms This section provides the Technical Offer Forms that Offerors are to complete and submit in a separate envelope as part of their total Offers. Section IV B Financial Offer Forms This section provides the Financial Offer Forms that Offerors are to complete and submit in a separate envelope as part of their total Offers. Section V Terms of Reference This Section includes the detailed Terms of Reference that describe the nature, tasks, and duties of the consulting services to be procured. PART 2 � CONDITIONS OF CONTRACT AND CONTRACT AGREEMENT Section VI General Conditions of Contract (�GCC�) This section contains the form of Contract proposed to be entered into between the Accountable Entity and Consultant. Section VII Special Conditions of Contract (�SCC�) This section contains the form of those clauses of the Contract that supplement the GCC and that are to be completed by the Accountable Entity for each procurement of consulting services. Section VIII Contract Forms and Annexes This section contains forms and annexes to be sent to the successful Offeror. Only registered Consulting Engineering firms interested in receiving the RFO and submitting an Offer should register using the following link: https://forms.office.com/Pages/ResponsePage.aspx?id=Ze5RTkjPjU6_GsnKKjLhQ2xUbnSUoKtDr4NSARq1J6hUQTMwNlRCVVhZSFFOVFBKUDNLVERLNDRINy4u Please note that a Pre-Offer Conference will be held as described in the Offer Data Sheet (�DS�), Section II of the RFO. Attendance at the Pre-Offer Conference is not mandatory but is strongly advised for all interested Offerors or their representatives. Offers must be delivered electronically to the address and in the manner specified in the DS ITO 17, no later than 4:00pm CAT (GMT+2), on 18 December 2024. Please note that only electronic Offers will be accepted. Late Offers will not be accepted under any circumstances. Yours sincerely, Pamela Kasese Bwalya National Coordinator DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. FOR UPDATES ON THIS SOLICITATION PLEASE FOLLOW THE FULL ANNOUNCEMENT AT THE LINK PROVIDED. THIS PROCUREMENT IS NOT CONDUCTED UNDER THE FEDERAL ACQUISITION REGULATIONS, IS NOT ADMINISTERED BY THE US GOVERNMENT, AND THE RESULTING AWARD WILL BE MADE BY THE COUNTRY INDICATED IN THE FULL ANNOUNCEMENT. FOR MORE INFORMATION ON THIS PROCUREMENT PLEASE CONTRACT THE PERSON NAMED IN THE FULL ANNOUNCEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8fc54875ba7a4226aaaedda3f5c1b6f9/view)
 
Place of Performance
Address: ZMB
Country: ZMB
 
Record
SN07254996-F 20241103/241101230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.